request for proposal (rfp)...proposal submission deadline: january 11, 2021 – 2:00 pm pst...

23
2020 RFP Meacham RM10 Instream Design & Construction Oversight - Page 1 of 23 REQUEST FOR PROPOSAL (RFP) Confederated Tribes of the Umatilla Indian Reservation Umatilla Basin Anadromous Fish Habitat Project Department of Natural Resources Meacham RM 10-11 In-Stream Design & Construction Oversight DATE ISSUED: November 12, 2020 RFP No. 2020/06-401 CONTRACTORS INVITED TO BID THE PROJECT: All licensed contractors with and without Indian preference. Technical Contact: Richard L. Christian ([email protected]) 541-429-7283 (Office & Fax) Administrative Contact: Julie A. Burke ([email protected]) 541-429-7292 (Office & Fax) Critical Dates: Site Tour November 19, 20209:00 am PST Deadline to Submit Questions: December 11, 2020 4:00 pm Response to Clarification Deadline: December 18, 2020 4:00 pm Proposal Submission Deadline: January 11, 2021 2:00 pm PST Tentative Award Selection (est.): January 18, 2021 Contract Award (est.): February 15, 2021 Project Initiation (Design Phase): March 1, 2021 Project Completion (Design Phase): January 31, 2022

Upload: others

Post on 20-Feb-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

  • 2020 RFP Meacham RM10 Instream Design & Construction Oversight - Page 1 of 23

    REQUEST FOR PROPOSAL (RFP)

    Confederated Tribes of the Umatilla Indian Reservation Umatilla Basin Anadromous Fish Habitat Project

    Department of Natural Resources

    Meacham RM 10-11 In-Stream Design & Construction Oversight

    DATE ISSUED: November 12, 2020 RFP No. 2020/06-401 CONTRACTORS INVITED TO BID THE PROJECT: All licensed contractors with and without Indian preference.

    Technical Contact: Richard L. Christian ([email protected]) 541-429-7283 (Office & Fax) Administrative Contact: Julie A. Burke ([email protected]) 541-429-7292 (Office & Fax) Critical Dates: Site Tour November 19, 2020– 9:00 am PST Deadline to Submit Questions: December 11, 2020 – 4:00 pm Response to Clarification Deadline: December 18, 2020 – 4:00 pm Proposal Submission Deadline: January 11, 2021 – 2:00 pm PST Tentative Award Selection (est.): January 18, 2021 Contract Award (est.): February 15, 2021 Project Initiation (Design Phase): March 1, 2021 Project Completion (Design Phase): January 31, 2022

    mailto:[email protected]:[email protected]

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 2 of 23

    Request for Proposal

    Part I – General Information and RFP Process Meacham RM 10 In-Stream Design & Construction Oversight

    1.1 Project Purpose and Location

    The Confederated Tribes of the Umatilla Indian Reservation (CTUIR), Department of Natural Resources Fisheries Program in partnership with the USDA Forest Service (FS) is currently requesting proposals for an in-stream design and construction oversight for restoration efforts near the confluence of Camp Creek along Meacham Creek (Attachment A). Proposals that present creativity, efficient, and/or novel approaches are strongly encouraged and will be weighted more heavily. The implementation of this project will improve in-stream habitat for Endangered Species Act (ESA)-listed and non-ESA-listed fish species, while benefiting channel morphology and in-stream processes and protecting existing infrastructure. The products from this effort will improve:

    o base flow and capability of functional connection and interaction with the floodplain

    through hyporheic flow; o channel form, sinuosity, complexity, geomorphic and hydrograph stability; o the quality and diversity of in-stream and off-channel habitat for resident and anadromous

    fish; o diversity and restoration of sediment routing processes; and, o In-stream temperature, thus reducing channel dewatering, associated fish mortalities and

    improving passage. These products are expected to diversify stream temperatures, improve floodplain connectivity and water quality, and ultimately improve aquatic habitat conditions. Proposed actions are expected to specifically increase floodwater access to the floodplain, allowing for the evolution of a more natural geomorphic channel and streambed condition.

    1.2 Scope of the RFP

    The products from this contract should include development of a design surface including completion of a complete channel profile and topographic survey integrated with available LiDAR1 capable of supporting a suitable design. The design will be based on concepts discussed in the CTUIR River Vision (Jones et al 2008 and Quaempts et al 2018) (i.e. process-based) and consider all restoration possibilities within the floodplain and active channel, given existing on-site hydrologic, geomorphologic, and land management constraints and with respect to those different processes. This includes specification drawings, schematics, detailed project design and representations of expected changes in habitat available to summer steelhead-rainbow trout. The selected firm will be expected to analyze existing data and collect other data as necessary, including the completion of a formal wetland delineation, for describing and predicting specific hydrologic conditions related to floodplain connectivity, water quality, channel morphology, aquatic habitat, and riparian and upland vegetation. Existing site conditions shall be assessed and adequately described for planning team evaluation.

    1 Please note that LiDAR data is available from multiple years for this project area, including the latest collection in the fall of 2020.

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 3 of 23

    The completed product is to include a cost for the design firm’s involvement with completing all necessary permits, technical review and input, environmental compliance, project monitoring plans, and implementation compliance of the final design. It will be essential that the selected firm demonstrates a comprehensive understanding of the project. Part of the proposal will need to focus on an implementation plan that clearly identifies the suggested sequencing for implementation. Additionally, firms are expected to provide an itemized cost for their involvement during 2021 construction oversight. The construction contract for implementation efforts will be let by CTUIR. The Contractor will provide an estimated cost of construction and associated quantities necessary for permitting. The Contractor will prepare the U.S. Army COE and DSL permits necessary to implement the design. CTUIR will pay all associated fees for permit applications. CTUIR will also fill out, submit and pay for any necessary Umatilla County permit applications. The CTUIR will work directly with the FS to complete environmental compliance requirements that meet that agency’s needs with the help of the selected design firm. Consultation for threatened and endangered fish species would occur under US Forest Service ARBO II (Aquatic Restoration Biological Opinion) and BPA HIP (Habitat Improvement Program). These programmatic agreements require specific design criteria and conservation measures which the Contractor shall adhere to in their project design. ARBO and HIP documents are included as Attachments to this RFP and will be made electronically available. The goal of the project is to restore ecological processes by implementing process-based restoration using restoration activity categories and conservations measures identified in ARBO and HIP. Proposals should align with the following activity categories: Large Wood, Off- and Side-Channel Restoration, Streambank Restoration, Set-back or Removal of Existing Berms, Dikes and Levees and Riparian Vegetative Planting. Please note that if there is a need for a Restoration Review Team process because of the selected project activities, there will also be a need for an executive summary of how the project is addressing the ARBO requirements. The Contractor’s bid will demonstrate diligence and focus in bid preparation with specific effort directed at the evaluation, identification and suggested resolution of any discrepancies, lack of clarity, or other questions arising from the evaluation of the design plans, specifications, permit or supplementary project materials that may affect the timing, schedule, execution or unforeseen expenditures related to the project.

    1.3 Project Timeline:

    The kick-off meeting is scheduled to begin as close to March 1, 2021 as possible. Project construction, which will be completed under a different contract, is anticipated to begin in 2021.

    1.4 Closing Date for Submissions

    The closing date for submissions will be on January 11, 2021 at 2:00 pm., Pacific Standard Time (PST). Proposals received after the specified time will not be considered. Due to COVID-19 the Nixyaawii Governance Center (NGC) is closed to the public, Contractors must submit proposal via e-mail to: [email protected] AND [email protected]

    mailto:[email protected]:[email protected]

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 4 of 23

    Subject Line should read: MEACHAM RM 10 INSTREAM DESIGN & CONSTRUCTION OVERSIGHT The CTUIR requests technical proposals be submitted in PDF format.

    1.5 In Writing

    Proposals must be prepared by computer. No oral, handwritten, telephone, or facsimile Proposals will be accepted.

    1.6 Necessary Information

    Proposals must contain all information requested in the RFP. The CTUIR will not consider additional information submitted after the Closing Date and may reject incomplete proposals.

    1.7 Cost of Proposals

    The CTUIR shall not be liable for any expenses incurred by Contractors in either preparing or submitting Proposals, evaluation/selection, or contract negotiation process, if any.

    1.8 Request for Clarification Contractors may submit a written request for clarification via mail or email by December 11, 2020. The CTUIR will not consider any requests submitted after the time period specified above. Questions regarding the RFP or request for clarification shall be sent to the RFP contact listed in Part 1.4.

    1.9 Response to Requests for Clarification

    Responses to questions will be provided no later than December 18, 2020.

    1.10 Proposals Constitute Firm Offers Submission of a Proposal constitutes Contractor’s affirmation that all terms and conditions of the Proposal constitute a binding offer that shall remain firm for a period of ninety (90) days from the Closing Date.

    1.11 Signature Required; Proposer Affirmations An authorized representative of the Contractor must sign the original Proposal in ink. Contractor’s signature and submission of a signed Proposal in response to the RFP constitute Contractor’s affirmation that the Contractor agrees to be bound by the terms and conditions of the RFP and by all terms and conditions of the Contract awarded.

    1.12 Type of Contract

    The CTUIR will execute a Subcontract for Technical Services.

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 5 of 23

    1.13 Confidential Information Proposals are confidential until the evaluation and selection process has been completed and the CTUIR has issued a notice of tentative award. Any information a Contractor submits in response to the RFP that the Contractor considers a trade secret or confidential proprietary information, and Contractor wishes to protect from public disclosure, must be clearly labeled with the following: “This information constitutes a trade secret or confidential proprietary information and is not to be disclosed except in accordance with applicable public disclosure laws.”

    1.14 Requests for Further Clarification of Proposals

    The CTUIR may request additional clarification from Contractors on any portion of the Proposal.

    1.15 Cancellation of RFP

    The CTUIR may cancel this RFP at any time upon finding that it is in the CTUIR’s best interest to do so.

    1.16 Rejection of Proposals The CTUIR may reject a particular Proposal or all Proposals upon finding that it is in the CTUIR’s best interest to do so.

    1.17 Tentative Award and Contract Negotiations The CTUIR will provide a written tentative award notice to the responsible Contractor whose proposal is deemed to be most advantageous and of best value towards meeting the project objectives. The CTUIR will enter into negotiations with the Contractor on the following contract terms: (a) Contract tasks; (b) Staffing; (c) Performance Schedule; and (d) A maximum, not to exceed Contract price, which is consistent with the Quote and fair and reasonable to the CTUIR, taking into account the estimated value, scope, complexity, and nature of the services to be provided. The CTUIR may also negotiate the statement of work and, at its discretion, add to the scope of services based on a Contractor’s recommendations (but still within the scope of this RFP) or reduce the scope of services. Final award will be contingent upon successful negotiation of a contract within 10 days after the tentative award. The CTUIR may terminate negotiations with the Contractor if they fail to result in a contract within a reasonable time. The CTUIR will then enter into negotiations with the second responsible Contractor, and if necessary the third responsible Contractor. If the second or third round of negotiations fails to result in a contract, the CTUIR may formally terminate the solicitation.

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 6 of 23

    1.18 Protest of Tentative Award Selection

    A Contractor who claims to have been adversely affected by the selection of a competing Contractor shall have seven (7) calendar days after receiving the tentative notice of selection to submit a written protest of the selection to the RFP contact listed in Part 1.4. The CTUIR will not consider protests submitted after the date established in this Part. The protest must specify the grounds upon which the protest is based.

    1.19 Award

    After expiration of the seven (7)-calendar day selection protest period and resolution of all protests, the CTUIR will proceed with final award.

    1.20 Investigation of References

    The CTUIR reserves the right to investigate the references and past performance of any Contractor with respect to its successful performance of similar services, compliance with RFP and contractual obligations, and its lawful payment of suppliers, sub-contractors, and employees. The CTUIR may postpone award or execution of the contract after the announcement of the apparent successful Contractor in order to complete its investigation. The CTUIR reserves the right to reject any proposal at any time prior to the execution of any resulting contract.

    1.21 Amendments

    The CTUIR reserves the right to amend the resulting Contract from this RFP. Amendments could include but are not limited to, changes in the statement of work, extension of time and consideration changes for the Contractor. All amendments shall be in writing and signed by all approving parties before becoming effective. Only the CTUIR has the final authority to execute changes, notices or amendments to Contract.

    1.22 Tour of Site

    A voluntary tour of the site will be provided on November 19, 2020 at 9:00 am. Interested contractors should meet in Mission in the front parking lot (east facing) of the Nixyáawii Governance Center, located at 46411 Timíne Way, Pendleton, OR 97801. Due to the ongoing pandemic, the CTUIR and FS will strictly limit the number of attendees to no more than two (2) per firm. All contractors will be required to bring their own Personal Protective Equipment (PPE) to the site tour. All participants will be required to maintain social distancing (~6 feet) during this site tour. If there is enough interest, two separate tours will be provided. It is imperative that all potential firms RSVP attendance by the Close of Business at least (2) two business days in advance, with contacts as noted in 1.4 above. If you do not RSVP by that date/time, your firm will not be provided a tour.

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 7 of 23

    PART II – SERVICES TO BE PROVIDED 2.1 Scope of Work

    This RFP is for developing and evaluating design alternatives, producing the final design, construction oversight and As-Built design for in-stream and floodplain restoration efforts within the focus area. The prospective contractors are strongly encouraged to review the previous Meacham Creek Watershed Action Plan (Andrus & Middel 2003) for this particular reach to gain a better understanding of current site conditions, as well as the primary limiting factors/ecological concerns. Project goal:

    The goal of the project is to address the Primary Limiting Factors identified for the Umatilla River and Meacham Creek in the 2008 Fish Accords,2 incorporating the primary touchstones described in the 2005 Umatilla River Vision3 (Jones et al 2008), and consistent with the Mid-Columbia Steelhead Recovery Plan, Meacham Creek Watershed Assessment and Action Plan and the Umatilla Subbasin Plan.

    Project objectives:

    Quantifiable design criteria that will result in an increase in all of the following: • Channel complexity, with channel morphology closer to historical and functional

    form; • Quantity and quality of habitat diversity, especially large wood and pools; • Sediment sorting and routing; • Stream velocity diversity at both low and high flows; • In-stream thermal diversity throughout the year; • Floodplain connectivity and frequency of inundation; • Riparian function with site-appropriate native vegetation; • Area suitable for adult spawning; and, • Area suitable for juvenile rearing.

    Communication/collaboration

    • Work closely with the CTUIR and the FS at each stage of design and obtain consensus before proceeding to the next design iteration. At a minimum consensus will need to be obtained for each design iteration identified in Section 2.2.2, below.

    • Prepare materials for and communicate with several appropriate audiences – core technical group, secondary and tertiary groups (example of secondary groups includes the US ACOE, local land management agencies, county, cities and other governments)

    Required competencies to address these objectives include both technical and communication/organizational skills and experience. This will be ranked as part of the final contractor selection process. Please include a detail communications plan with your proposal.

    2 Those PLFs are: In-channel Characteristics; Passage/Entrainment; Riparian/Floodplain. See http://www.salmonrecovery.gov/Files/BiologicalOpinions/3-tribe-AA-MOA-Final.pdf, p. G-42. 3 See http://data1.ctuir.org/GISInternet/documents/RiverVision.pdf

    http://www.salmonrecovery.gov/Files/BiologicalOpinions/3-tribe-AA-MOA-Final.pdfhttp://data1.ctuir.org/GISInternet/documents/RiverVision.pdf

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 8 of 23

    2.2 Project Tasks 2.2.1 FOCUS AREA:

    The 114,000 acre Meacham Creek Watershed is located in northeast OR, 23 miles east of the city of Pendleton, OR. Meacham Creek is a 37-mile long major tributary of the Umatilla River entering near RM 79. This particular project area is located on Forest Service land, and has been primarily impacted by the presence of the adjacent Union Pacific Railroad (UPRR) railway, which has led to extensive diking, channelized, and alteration of the vegetative component. A significant secondary impact to Meacham Creek is the historic presence of livestock in the riparian area and stream zone, where moderate to heavy grazing pressures occurred. All of these primary limiting factors have resulted in a decrease in channel complexity, a lack of woody materials, a substantial loss of floodplain connectivity and an overall simplification of floodplain processes.

    The focus area for the solicited work is located just downstream of the confluence of Camp Creek in T01N, R33E, in portions of sections 5 and 8, Umatilla County, Oregon (Attachment A). It consists of about a one mile reach of Meacham Creek, some of which directly borders private lands. These private lands will limit potential restoration efforts in and near this portion of the project.

    2.2.2 TASK – SURVEY PROJECT FOCUS AREA:

    Contractors will be expected to analyze existing data, which CTUIR and the FS will provide, and collect additional geomorphic and hydrologic survey data as necessary for describing and predicting specific hydrologic and hydraulic conditions related to floodplain connectivity, water quality, channel morphology, aquatic habitat, and riparian and upland vegetation. We anticipate restoring in-stream and floodplain function and connectivity through the addition of structural features, levee breaching and/or removal, channel re-alignment, off-channel habitat creation, reactivation or creation of historical primary and secondary channels, wood installation and pool creation, wetland creation or enhancement, and riparian plant community enhancement and restoration. The final approach will depend on a collaborative evaluation by CTUIR and Contractor of long term success, based on data analysis, modeling results, and professional judgment. The selected Contractor will work closely and collaboratively as a part of a design team with CTUIR staff and the FS at each level (Kickoff/Conceptual, 15%, 30%, 60%, 90%, final design and implementation plan). Frequent and open communications, including onsite and offsite meetings as well as phone and internet meetings, will be imperative to project success. It is anticipated that there will be a minimum of five meetings on site throughout the design. CTUIR expects the Contractor to provide survey data and analysis describing the existing conditions of the project area that depict the following features. I) Existing Conditions

    a. Channel Transects depicting: • Bank full width & depth • Thalweg location • Flood plain features • The 2, 10, 50, 100 and 200 year flow dimensions and elevation

    b. Longitudinal Profile Depicting: • Bank full depth at riffle and pool locations • Water surface elevation (at the time the survey is conducted)

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 9 of 23

    • Channel slope • Riffle slopes • Pool to pool spacing • Pool slopes • Tail out slope (the slope of the downstream portion of the pool) • Any abrupt changes in slope or significant bed features • Elevations for the 2, 10, 50, 100 and 200 year interval flow events

    c. Site Map: The engineer will be required to produce a detailed map of the project area that, at minimum, depicts all of the following:

    • the current road prism locations; • the current active channel, as well as all ephemeral channels; • existing site conditions, including but not limited to:

    o main channel and off-channel habitats; o wood; o levee; o property boundaries; o the location of the house; and, o other significant project element locations.

    • construction access routes; • locations of mature riparian trees and other riparian plant communities that

    will be protected during construction; and, • Other significant physical features. • Current and potential spawning and rearing habitat for the targeted fish

    species (i.e. typically, Habitat Suitability Indices for steelhead/rainbow, and spring Chinook).

    d. Wetland Delineation: Complete a formal Wetland Delineation that will meet the

    requirements of all permitting agencies. Proposals should detail survey methodologies, data products, and modeling methods that will be used to develop and evaluate the proposed design. Measurement must be adequate to show change on the site to meet project objectives. The design is to be rigorous, process-based, data-driven, constructability-focused, and permit-ready. The Contractor is expected to complete and submit all of the appropriate permits for constructing the project, as well as ensuring that all permits are finalized and any agency questions are addressed throughout the permitting process. We will be using the Umatilla National Forest’s Aquatic Restoration Environmental Assessment (EA) to obtain necessary environmental consultation, clearances and completion of NEPA. In order to streamline implementation with FS partners BPA has prepared a Finding of No Significant Impact (FONSI), which adopts the EA and ARBO II requirements.

    We anticipate that the actual approach will depend on a collaborative evaluation by the Design Team and Contractor of long term success based on data analysis, modeling results, and professional judgment. The selected Contractor will work closely and collaboratively as a part of a design team. The contractor will include CTUIR and FS staff at all stages of design to obtain consensus on a particular design stage before moving ahead to the next stage. Frequent and open

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 10 of 23

    communications, including onsite and offsite meetings as well as phone and internet meetings, will be imperative to project success. The Design Team expects proposals to include the need for comprehensive geomorphic and hydrologic surveys within the work area in order to complete hydraulic modeling, project design, digital design surface, design specifications and implementation recommendations. The Contractor is solely responsible for providing all of the equipment and personnel for the completion of surveys. CTUIR and FS maintains the ownership of all work products collected for the purpose of project design and implementation under this proposal.

    2.2.3 TASK - DESIGN:

    A design for in-stream restoration efforts (including specification drawings, schematics, detailed project designs, estimated quantities and representations of expected changes in habitat, digital data, etc., required for permits and construction) shall be developed in coordination with the CTUIR and FS for the project site. The plan should draw from existing and collected information regarding on-site hydrologic, geomorphologic, and land management constraints and deferent processes (bedload/sediments, woody material, and etc.) to address deficiencies with existing in-stream processes, channel morphology, and available habitat; especially during periods of base flow. The over-arching goals of this effort is to create dynamically stable features (with an emphasis on a process-based approach) to improve limiting factors/ecological concerns over time. Proposals should detail proposed survey methodologies, data products, and modeling methods that will be used to develop and evaluate the proposed design. Measurements must be adequate to show site-level changes to meet project objectives. This will be accomplished by the Contractor analyzing existing and collected survey data for describing and predicting specific hydrologic conditions related to floodplain connectivity water quality, channel morphology, aquatic habitat, and riparian and upland vegetation. This analysis will include the development of the proposed hydraulic model (Hydrologic Engineering Center's River Analysis System (HEC-RAS), or equivalent) and identification and modelling of historic, existing and idealized geomorphic and habitat features. Some of the necessary pre-project and expected/modelled physical data to be collected and/or analyzed are anticipated to include: woody material counts, the number of rock and wood structures, habitat unit types, frequency and percentage, complexity of channel conditions, braided channel ratios, average meander patterns, sinuosity, width/depth ratio, bankfull width, depth and cross-sectional area, primary and secondary channel lengths and areas, floodplain connectivity, channel migration rates, relative abundance of floodplain habitats, sediment size distribution by size classes and position within the channel/floodplain, erosional/depositional areas, and relative Habitat Suitability Index for Chinook and steelhead and lamprey. Some of the existing conditions can be obtained from the recently completed Meacham Creek Watershed Assessment (Andrus & Middel 2003). Additional surveys that are anticipated to be required for completion of the design include: fisheries, hydrologic, geomorphic, and topographic longitudinal profile and cross sections, and fish presence and abundance. All horizontal and vertical positions should be based on data gathered from Global Positioning System (GPS) receivers using positions generated from real time kinematic corrections from the previously established project survey reference control points. Use of the existing LiDAR data4

    4 The last LiDAR flight was completed in 2016 for Meacham Creek. An additional LiDAR flight is scheduled for the fall of 2020.

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 11 of 23

    can be utilized for verification but has been found to be too coarse for use alone in preparing the final designs. NOTE: all GIS data will follow the guidelines established in CTUIR GIS Standards & Requirements document (Attachment B). The contractor will be responsible for developing and describing desired future conditions. The desired conditions should take into consideration the potential benefits and risks associated with any structure and how they may affect out of bank flows, aquatic habitat, and the landowner’s infrastructure. The plan definitely needs to focus on in-stream fish habitat enhancement, the creation of off-channel habitat areas and wetlands, large wood additions to the channel, riparian vegetation enhancement, levee removal, floodplain reconnection, and quantifying improvements in available habitat.

    2.2.4 TASK – IMPLEMENTATION PLAN:

    An implementation plan shall be developed, which incorporates the final design, to provide suitable guidance for implementation efforts and summarize recommended construction methods and/or protocols necessary to create stable and effective morphology and structures. The implementation plan should be developed to maximize project efficiency and effectiveness, as well as working within regulatory constraints such as in-water work windows, erosion controls, and fish passage requirements. The implementation plan will need to detail and describe:

    • The most effective order for construction sequencing to reduce disturbances and cost. • A suggested implementation schedule by specific project area or type of activity. • Where the areas of disturbance (terrestrial & aquatic) should occur and to what extent will they

    occur. • Where are the most effective staging areas? • What Best Management Practices will be required during implementation? • Detailed plans for sediment/erosion control during and after construction. • How stream bypass/dewatering and fish salvage will occur, as well as how they will be coupled. • Estimated material volumes and all associated costs.

    2.2.5 TASK – STAKING & CONSTRUCTION OVERSIGHT:

    The proposal should provide pre-project staking and design addenda during pre-project construction meetings and construction. Proposals should also include oversight during project implementation to ensure that constructed in-stream structures and floodplain modifications meet design specifications standards. This is anticipated to require 2 days per week during construction activities. CTUIR shall let the construction contract for any implementation effort; thus communication between all parties shall be of paramount importance. The proposal should include all costs associated with completion of this task.

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 12 of 23

    2.2.6 Environmental Considerations

    a. Work Area Isolation Plan

    In order to successfully complete the project, any water will be diverted around the work area to allow construction to occur “in the dry”. Please note that dewatering of the entire stream is not considered an acceptable approach. It is anticipated that this could be accomplished by installing physical barriers (e.g. large sandbags) and pumps to redirect any active flows during construction. To enable this action the successful engineering firm will be required to provide detailed drawings and written documents describing the proposed typical dewatering plan. Please note that this is an area where potential Contractors could provide a novel approach that has less impact on native fauna. For example, please consider in your proposals not rewatering any newly created channels - a more passive approach of “letting the water do some of the work for us” would be viewed favorably, if it is feasible. The rewatering would occur during the next high flow event.

    b. Fish Salvage Plan The Work Area Isolation Plan will be coupled to the Fish Salvage Plan. The selected engineering firm will provide a typical, recommended Fish Salvage Plan for this project. This will include a lamprey and freshwater mussel salvage plan. All salvage will be completed by CTUIR and FS qualified fisheries biologists.

    c. Sediment and Erosion Control Plan

    The successful Contractor will be required to produce typical sediment and erosion control plans that prevents sediment generated by the project from entering the stream that adheres to all state and federal guidelines. This will also need to include a detailed description of the re-watering plan, which is essential to controlling turbidity.

    d. Consultation It is expected that all environmental compliance will be covered by the Umatilla National Forest Aquatic Restoration EA. The selected Contractor must work with CTUIR and FS staff to ensure all Terms and Conditions are met during the design process.

    e. Permits and Environmental Clearance The selected Contractor will supply all necessary documentation and apply for all pertinent and necessary permits. It is anticipated that the following list will be required for this project:

    i. EA – already discussed. The selected Contractor will work with and provide any needed assistance to the team to navigate through this process.

    ii. US Army Corps of Engineers Section 404 Permit and the Oregon Division of State Lands Removal/Fill Permit– the Contractor will apply for the Joint Permit Application

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 13 of 23

    iii. Oregon Department of Environmental Quality – The Contractor will apply for the Clean Water Act, Section 401 certification and NPDES permit. CTUIR will provide the application fee for the CWA certification.

    iv. ODFW Fish Passage – The Contractor should work with the local District Biologist to obtain fish passage clearance, if this is necessary.

    v. FEMA and/or County Flood Permits – the selected Contractor will be expected to complete any necessary permits related to FEMA. There aren’t any anticipated.

    vi. Any additional Umatilla County permits CTUIR will apply for and obtain – Conditional Use Permit, Floodplain Development Permit, LUCS and/or Zoning permits.

    2.3 Team Competencies

    The following are expected minimum Contractor team competencies. One person might fill more than one role, and it is expected that proposals will include additional competencies as required. Please note that your proposals must clearly demonstrate team competencies that insure strong communications and organizational skills.

    • Project Manager • Fish Biologist • Geomorphologist/Hydrologist • Riparian Ecologist • Botanist • Civil Engineer (with current Oregon PE license) • Land Surveyor (with current Oregon PLS license) • GIS Analyst

    2.4 Deliverables and Timeline

    The following are expected minimum deliverables and a proposed partial timeline. Final deliverables and timeline will be negotiated in the contracting process, and proposals that present creativity, efficiency, and/or novel approaches are strongly encouraged. Meetings:

    • Kickoff meeting (CTUIR Offices in Mission or FS Supervisor’s Office); • Site walkthrough; • Conceptual design documenting the relevant concepts and constraints. This project will

    require careful examination of historic conditions compared to an analytical solution to the new channel design. The approach, or hybridization of approaches, will be discussed and documented.

    • 15% design review by the project technical team (comprised of CTUIR, the FS and the Contractor); and,

    • 30%, 60%5, 90%, and 100 % design final site walkthrough.

    Products: • Raw data and results of site analysis, following standardized CTUIR GIS Department

    requirements provided as an attachment herein. 5 NOTE: The 60% design will also require an itemized cost estimate for construction implementation, and the production of the Area of Potential Effect Shapefiles.

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 14 of 23

    • Project area map in PDF and designs in AutoCAD format version 2000 or newer, using dwg or dxf formats.

    • Plan view map of the channel reconstruction area. • A complete and comprehensive survey of the project area. • Written specifications and drawings describing the channel de-watering plan. • Flow analysis. • Sediment analysis. • Shear Stress, Velocity and Scour Depth analysis. • Estimates of the total amount of cut and/or fill volume of earthen material. Must meet the

    US Army Corps of Engineers/Oregon Division of State Lands Joint Permit Application requirements.

    • Completion of all necessary permits and other environmental compliance documents. • Signed and stamped drawings (Oregon Engineer License required). Drawings and written

    technical specifications that describe each aspect of the channel restoration work to be accomplished during construction. Drawings, technical reports and written specifications should provide sufficient detail to enable regulatory agency permitting and construction of the project.

    • Engineering assistance and availability for the consultation process. • Cost estimates of the proposed actions. • A price quote for the work to be completed under this document.

    The selected Contractor will work closely with the CTUIR and FS in understanding concerns and goals for the project. The Contractor will review existing geomorphic data and collect additional data as needed to meet the requirements listed below. This effort will ultimately provide background assessment information and specific recommendations for restoration and protection actions for each of the following areas.

    2.5 Payment

    One lump sum request for payment per bid item may be submitted to the CTUIR upon successful completion of that project task. Final acceptance will be provided in writing to the Contractor by the CTUIR. The CTUIR will make the final payment within 30-60 days of receipt of an invoice following a final inspection that approves all work.

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 15 of 23

    PART III – PROPOSAL REQUIREMENTS

    For the purpose of this RFP, each interested Contractor will submit a proposal package to the Confederated Tribes of the Umatilla Indian Reservation (CTUIR) Department of Natural Resources, Fisheries Program that includes the following sections and tabbed as follows:

    I) Cover letter II) Firm summary III) Organizational structure IV) Firm qualifications and experience V) Proposed approach of scope of work VI) Project Schedule and itemized cost VII) References

    1. COVER LETTER A cover letter must express the Contractor’s interest in the project and commitment to the obligations expressed in the RFP. This letter should include the original signature of an authorized representative of the Contractor and indicate that the Contractor accepts all of the terms and conditions contained in the RFP. 2. FIRM SUMMARY The Contractor will provide general information regarding their particular firm. This should include information about the company size, location, contracting experience within the region, areas of expertise and types of services, staff longevity, staff capabilities and training, and experience with natural resource restoration work and associated construction. 3. ORGANIZATION STRUCTURE Identify the individuals responsible for managing the project, conducting specific project tasks, and their experience conducting those tasks for your firm. The Contractor should also include an organizational chart showing lines of communication and decision-making hierarchy as well as any sub-contractors. If a team of individuals from multiple contracting firms are assembled, adequately describe the role of each team member. 4. FIRM QUALIFICATIONS AND EXPERIENCE The proposal will list the qualifications and relevant project development experience of the Contractor and each team member in relationship to completing projects of similar nature and size. Contractor must demonstrate experience in stream restoration projects involving site assessment with data analysis, restoration planning, and multi-agency coordination and permitting. Please identify a minimum of three stream restoration design projects that are similar to the proposed projects which have been successfully completed within the last five years, where the Contractor worked closely with stakeholders to reach a design consensus. Provide a brief description of each project, including the complexity of the project, size and dollar amount of project, completion date of project, and references for each of the projects. Reference information shall include the name and phone number of owner’s representatives for the particular projects.

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 16 of 23

    CTUIR will also consider past performance as a Selection Criteria. Therefore, please provide all of the information listed below in Past Performance (Part III, Section III), below. Failure to provide this information may result in zero points being awarded for this Selection Criteria. 5. PROPOSED APPROACH OF SCOPE OF WORK Describe the approach the Contractor proposes to complete construction of the project as defined in the design drawings and specifications. The contractor should provide enough detail in the proposed approach to fully articulate the Contractors understanding of the scope and complexities of the project. Describe the method and approach the Contractor proposes in order to complete the tasks outlined below from conception through final design. This section should include a description of the steps used to collect necessary data and information and the analysis and summary that will be completed. A method for prioritizing alternatives based on a set of evaluation criteria derived through a cooperative effort with the Planning Team should be identified. 6. PROJECT SCHEDULE AND ITEMIZED COST Provide a detailed schedule describing how the individual tasks will be completed, as well as a schedule for the overall project. Provide evidence that adequate management effort, support staff, technical compliance, and resources will be committed to the timely completion of the project. The total price and the cost per hour prices for individual work items will be considered as part of the evaluation factors. The lowest bid will obtain the full 30 points allotted for that portion of the price with each subsequently higher bid receiving 5 points less. The remaining 50 point allocation for cost is awarded based on novel approaches and a cost/benefit analysis. The CTUIR and FS project staff welcomes cost-effective alternatives to increase efficiencies and/or reduce costs; these alternatives must be provided as an additional line item listed below the original cost of the completed proposal. If approved the project design and specifications will be revised through design change and/or field change notices as applicable. Each proposal must also include a detailed communications plan. 7. REFERENCES References are required from at least three (3) projects similar to the proposed project. Include project name, contact name, address, and telephone number, a description of the project, project completion date, and the relationship of the contact person to the project referenced.

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 17 of 23

    PART IV – SELECTION CRITERIA

    Proposal selection will be completed through a quality-based selection process (QBS) by a review team. Please note the Technical merit and Past Performance are more important than price in this solicitation. The following selection criteria will be used to evaluate the content of the written proposals based on a weighted scoring method:

    I. COST: (80 points) a. The total potential price of all items combined and the prices for individual items will be

    considered as part of the evaluation factors (30); and, b. Cost is further evaluated through a cost/benefit analysis based on proposed work, technical

    compliance of the RFP project specifications, and technical expertise (50).

    II. Adequacy of Technical Proposal: (135 points) a. Proposal content and applicability of the approach for addressing and completing tasks

    (30); b. Clear demonstration of an understanding of the project implementation, goals and

    objectives (30) c. Creative, efficient, and/or novel approaches presented (30); d. Approach explicitly connected to project goal/objectives (25); and, e. Adequacy of survey, modeling, and data proposals (20).

    III. Contractor Qualifications and Experience: (180 points)

    a. Past Performance on similar projects (80); b. Qualifications of Contractor (prior experience with all aspects of stream restoration

    projects similar to the proposed project, project references and technical experience (40)); c. Project management experience in planning, implementing and managing stream

    restoration projects of this magnitude (40); and, d. Company resources available (20); (organization of company, equipment and staffing,

    and abilities to meet budget and timelines).

    IV. Personnel Qualifications: (60 points) a. Technical experience of principal project staff related to the project performance (30);

    (Priority will be given to contractors who demonstrate knowledge and experience of the integration of physical and ecological principles in restoration projects);

    b. Experience in similar design projects (20); and, c. Educational qualifications related to the project performance (10).

    V. Indian Preference: (5 points) Must meet these factors in order to qualify for Indian Preference status; 1. Membership in a Federally recognized Tribe; 2. Indian Ownership of 51% or more; 3. Indian Control; 4. Indian Management; 5. Financing obtained by Indian person; 6. Equipment obtained by Indian person.

  • 2020 RFP Meacham RM 10-11 Instream Design & Construction Oversight - Page 18 of 23

    PART V – Attachments Attached Documents

    The following items are attached to the RFP:

    Attachment A: Project Site Vicinity Map Attachment B: GIS Standards and Requirements

  • 2020 RFP Meacham RM10 Instream Design & Construction Oversight - Page 19 of 23

    Attachment A: Project Site Vicinity Map

  • 2020 RFP Meacham RM10 Instream Design & Construction Oversight - Page 20 of 23

    Attachment B: GIS Standards and Requirements The CONTRACTOR shall provide the TRIBES with a digital copy of all finished products that include geographic information. All geographic information shall be delivered in a digital, georeferenced format. Metadata shall be included with all deliverables. The TRIBES use ESRI ArcGIS software as its standard GIS platform, SQL server as its primary database software. This schedule provides a minimum set of requirements for the delivery of GIS files being created for CTUIR. Further requirements may be included in the project implementation plan. All geographic data shall be expected to meet these minimum levels of standards. If attribute information are collected in addition to geographic positions the CONTRACTOR shall provide a digital data dictionary file that has been approved by the persons responsible for the contract for CTUIR in terms of expected content and format. The data dictionary file must describe all the associated attribute information. Included in the data dictionary must be a definition of each table and each column within the table. The table definition must include the purpose, structure, and a list of any associated features. The column definition must include the data type, data precision, and a brief description of each of the values that may be included in the column (including an explanation of any abbreviations or codes that are utilized). If an extensive number of abbreviations or codes will be utilized to populate a column, a separate domain list shall be provided All domain list values must be accompanied by a description especially in the case of abbreviations. The preferred delivery format for all GIS attribute tables is a comma delimited, ASCII text file format with all column headings specified. 1. Data Collection Standards.

    1.1. Survey Data Standards. CONTRACTOR shall:

    1.1.1. use known Tribal survey monuments if working within the reservation boundary,

    1.1.2. meet a minimum level or accuracy for all survey work (1/100th of a foot), and

    1.1.3. submit a digital file of all survey points and a digital file of their associated attribute descriptions.

    1.2. GPS Data Standards. CONTRACTOR shall ensure:

    1.2.1. all geographic features collected have a unique identification which links it with

    its attribute information in an associated table, 1.2.2. all attribute tables have a digital data dictionary file, 1.2.3. horizontal coordinates are documented and meet a minimum level of accuracy

    as is appropriate for the scope of work. To determine appropriateness, the following guidelines shall be used:

    1.2.3.1. Survey Grade are the most accurate and most commonly used in situations where accuracy is essential (engineering applications, property boundary determinations, etc.), as such they are the preferred method. They typically provide true positional accuracy within a centimeter in the horizontal direction and elevation accuracies within 10 centimeters.

    1.2.3.2. Mapping Grade receivers must be differentially corrected GPS to reduce positional errors. Differential correction is the process of improving fixed positions utilizing data from a base station. With differential correction, horizontal accuracies from one to two meters can be achieved, while vertical

  • 2020 RFP Meacham RM10 Instream Design & Construction Oversight - Page 21 of 23

    accuracy is around 3 meters. These receivers are most commonly used by GIS professionals for gathering data for inventories, resource mapping, environmental management and infrastructure management. This method is permissible if Survey Grade cannot be provided.

    1.2.3.3. Recreational Grade are the least accurate units, and are not permitted without express authorization from the TRIBES’ Office of Information Technology. This is typically used for outdoor recreational activities, these receivers can have up to 20 meters in positional error.

    1.3. Georeferencing.

    1.3.1. Survey grade information must be georeferenced to the approved coordinate

    system as adopted by the Oregon Legislature in the Oregon Revised Statute 93.330:

    Oregon State Plane North Projection: Lambert_Conformal_Conic False_Easting: 8202099.737533 False_Northing: 0.000000 Central_Meridian: -120.500000 Standard_Parallel_1: 44.333333 Standard_Parallel_2: 46.000000 Latitude_Of_Origin: 43.666667 Linear Unit: Foot (0.304800)

    Geographic Coordinate System: GCS_North_American_1983 Angular Unit: Degree (0.017453292519943299) Prime Meridian: Greenwich (0.000000000000000000) Datum: D_North_American_1983

    Spheroid: GRS_1980 Semimajor Axis: 6378137.000000000000000000

    Semiminor Axis: 6356752.314140356100000000 Inverse Flattening: 298.257222101000020000

    1.3.2. Geographic data including data other than survey grade information, such as CAD,

    GIS, Aerial Imagery, and Photography must be georeferenced using the following coordinate system:

    NAD83 UTM Zone 11 North Projection: Transverse_Mercator False_Easting: 500000.000000 False_Northing: 0.000000 Central_Meridian: -117.000000 Scale_Factor: 0.999600 Latitude_Of_Origin: 0.000000 Linear Unit: Meter (1.000000)

    Geographic Coordinate System: GCS_North_American_1983 Angular Unit: Degree (0.017453292519943299) Prime Meridian: Greenwich (0.000000000000000000) Datum: D_North_American_1983 Spheroid: GRS_1980

  • 2020 RFP Meacham RM10 Instream Design & Construction Oversight - Page 22 of 23

    1.3.3. All aerial photography and satellite imagery must be georeferenced and

    orthographically rectified unless otherwise authorized by the TRIBES’ Office of Information Technology.

    2. Data Development Requirements.

    2.1. ArcGIS data.

    2.2.1. All intersecting lines shall be processed to remove overshoots and undershoots.

    2.2.2. Lines, polygons, points and annotation must not be duplicated. 2.2.3. Polygons must have only one label per feature. 2.2.4. Polygons must edge match without slivers. 2.2.5. Polygons must not overlap. 2.2.6. Polygons must close without overshoots or undershoots

    2.2. CAD data.

    2.2.1. Zero length segments shall be removed. 2.2.2. Different feature types shall not share a common line segment. 2.2.3. Snapping shall be set such that lines intersect. 2.2.4. All block definitions shall be provided. 2.2.5. A detailed layer list shall be provided.

    2.3. LiDAR data. CTUIR follows the Oregon Airborne LiDAR Data Standard

    2.4. A project report describing the processing steps shall be provided.

    3. Data Delivery Requirements:

    3.1 Vector Data. Points, polygons and lines (parcels, roads, streams, buildings, etc.) – shall be delivered in the following formats:

    ESRI Shape file format, ESRI File Geodatabase format,

    3.2 CAD data. Electronic files of all developed CAD data as DWG shall be provided

    including a PDF of survey or as-built.

    3.3 Raster Data. (aerial photos and other remote sensing imagery) shall be in the following formats: TIFF, JPEG, ERDAS IMAGINE, GRID, GEOJPG.

    3.4 LiDAR Data. CTUIR follows the Oregon Airborne LiDAR Data Standard. All LiDAR data

    collections must meet those standards. Unless otherwise stated in the project implementation plan CONTRACTOR shall provide:

    3.4.1 LAS files, containing classification values. 3.4.2 Intensity gird. 3.4.3 Highest hits grid. 3.4.4 Bare earth digital terrain model as a DEM

    3.5 Metadata. A metadata file shall be submitted for each digital file delivered to CTUIR.

  • 2020 RFP Meacham RM10 Instream Design & Construction Oversight - Page 23 of 23

    Metadata must provide sufficient information to allow a reasonable understanding of the source, accuracy, modifications to, and applicability of the data provided. All submitted metadata shall follow Federal Geographic Data Committee (FGDC) Standards specified in Content Standard for Digital GeoSpatial Metadata (FGDC-STD-001-1998) (FGDC 1998). All metadata should be submitted in text (*.txt), Microsoft Word (*.doc), or the ESRI compatible XML format.).

    3.5.1 Minimum metadata standards for geographic information. The

    CONTRACTOR shall:

    3.5.1.1 Provide a purpose statement identifying the project for which the data was created,

    3.5.1.2 Identify the original source of the data, 3.5.1.3 Identify the creator of the data, 3.5.1.4 Indicate the date that the data was input into a GIS system, 3.5.1.5 Provide confidence of attribution data, 3.5.1.6 Provide positional confidence of the object location

    (horizontal and vertical), 3.5.1.7 Identify hardware used to collect and process the data, 3.5.1.8 Identify software used to collect and process the data, 3.5.1.9 Identify the attributes associated with the data.

    Request for Proposal (RFP)Part I – General Information and RFP Process1.1 Project Purpose and Location1.2 Scope of the RFP1.3 Project Timeline:1.4 Closing Date for Submissions1.5 In Writing1.6 Necessary Information1.7 Cost of Proposals1.8 Request for Clarification1.9 Response to Requests for Clarification1.10 Proposals Constitute Firm Offers1.11 Signature Required; Proposer Affirmations1.12 Type of Contract1.13 Confidential InformationProposals are confidential until the evaluation and selection process has been completed and the CTUIR has issued a notice of tentative award. Any information a Contractor submits in response to the RFP that the Contractor considers a trade secret or ...“This information constitutes a trade secret or confidential proprietary information and is not to be disclosed except in accordance with applicable public disclosure laws.”1.14 Requests for Further Clarification of Proposals1.15 Cancellation of RFP1.16 Rejection of Proposals1.17 Tentative Award and Contract Negotiations1.18 Protest of Tentative Award Selection1.19 Award1.20 Investigation of References1.21 Amendments1.22 Tour of Site

    PART II – SERVICES TO BE PROVIDED2.1 Scope of Work2.2 Project Tasks2.2.1 FOCUS AREA:2.2.2 TASK – SURVEY PROJECT FOCUS AREA:2.2.3 TASK - DESIGN:2.2.4 TASK – IMPLEMENTATION PLAN:2.2.5 TASK – STAKING & CONSTRUCTION OVERSIGHT:2.2.6 Environmental Considerations

    2.3 Team Competencies2.4 Deliverables and Timeline2.5 Payment

    PART III – PROPOSAL REQUIREMENTS1. COVER LETTER2. FIRM SUMMARY3. ORGANIZATION STRUCTURE4. FIRM QUALIFICATIONS AND EXPERIENCE5. PROPOSED APPROACH OF SCOPE OF WORKAttached DocumentsAttachment A: Project Site Vicinity MapAttachment B: GIS Standards and RequirementsAttachment A: Project Site Vicinity Map

    Attachment B: GIS Standards and Requirements